Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2002 FBO #0138
SOLICITATION NOTICE

C -- ARCHITECT-ENGINEER SERVICES FOR MCON P-193 WATERFRONT IMPROVEMENTS FOR K10/K11, FLEET AND INDUSTRIAL SUPPLY CENTER, PEARL HARBOR, HAWAII

Notice Date
4/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, Code ACQ0242, 4262 Radford Drive, Honolulu, HI, 96818-3296
 
ZIP Code
96818-3296
 
Solicitation Number
N62742-02-R-0002
 
Response Due
5/20/2002
 
Point of Contact
Melvin Yoshimura, Contracting Officer, Phone (808) 474-5406, Fax (808) 474-8908,
 
E-Mail Address
yoshimurams@efdpac.navfac.navy.mil
 
Description
Services include, but not limited to design and engineering services for the preparation of final plans, specifications and cost estimates for the construction of the waterfront improvements at wharf K10/K11 at Pearl Harbor. Waterfront improvements include demolition and reconstruction of a portion (66 meters) of a 15.2m wide by 310m long pile supported marginal wharf, and widening a portion of the wharf operational area (pile supported hardstand area). The wharf will be upgraded to support heavyweight container handling equipment and 140-ton mobile crane operations, and provide adequate staging area for containers and heavy cargo awaiting shipment. Project also includes demolition of a waterfront transit shed adjacent to the wharves, and construction of a new 4,505 sq meters single story steel framed waterfront transit storage/staging facility at a nearby site, which includes pile foundation, utility service, fire protection, cargo container loading docks, security cage, and a separate hazardous material storage area. Other work includes relocation of water, drain and fuel lines; relocation of light poles; addition of operational area lighting; electrical work; and other miscellaneous work. Department of Defense Anti-terrorism/Force Protection Construction Standards are incorporated into this project. If asbestos or hazardous materials exist, the Architect-Engineer (A-E) contractor shall identify and provide for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within ten days of the meeting. Follow-on phases may include post-construction award services; construction surveillance and inspection services; operational and maintenance support information services. Estimated construction cost is over $25,000,000. Estimated design start and completion dates are July 2002 & June 2003, respectively, including review periods; and May 2005 for PCAS. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of firm and staff proposed in designing pile supported piers/wharves including supporting utilities for large commercial supply ships and/or large U.S. Navy ships, and in designing industrial warehouse type facilities, similar to the project requirements in tropical environments similar to Hawaii and the Pacific Ocean Area; (2) Specialized recent experience and technical competence of firm or particular staff members in designing pile supported piers/wharves including supporting utilities for large commercial supply ships and/or large U.S. Navy ships, and in designing industrial warehouse type facilities, similar to the project requirements in tropical environments similar to Hawaii and the Pacific Ocean Area; (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (4) Capacity to accomplish the work in the required time; (5) A-E experience in sustainable design and quality control program; (6) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (7) Extent to which firms identify and commit to small business (SB), small disadvantaged business (SDB), women-owned small business (WOSB), historically underutilized business zone small business (HUBZoneSB), historically black college or university and minority institution (HBCU/MI) and veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor; (8) Volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense A-E contracts among qualified A-E firms and firms that have not had Department of Defense contracts. IN BLOCK 10 OF THE SF255, INCLUDE A SUMMARY OF QUALIFICATIONS IN NARRATIVE DISCUSSION ADDRSSING EACH OF THE ABOVE SELECTION EVALUATION CRITERIA. IF NECESSARY, CONTINUE ON PLAIN BOND PAPER. For selection criteria (3), the government will also evaluate each firm's past performance and performance rating(s) from the Architect-Engineer Contract Administration Support System (ACASS) during the evaluation process, which can affect the selection outcome. For selection criteria (7), the Government will evaluate firms by the government wide goals; therefore, offeror should identify each firm (prime and subs) by name, discipline and size status. In addition, the offeror should provide information on past performance on SB, SDB, etc. and/or any awards received for outstanding support of SB, SDB, WOSB, HUBZoneSB, and HBCU/MI or other documentation. Documentation may include SBA awards, final Subcontracting Reports for Individual Contracts (SF294), copies of performance evaluations on the implementation of subcontracting plans or periodic compliance reviews, and/or information on existing or pending mentor-prot'g' agreements. The statutory Government wide goals for the total value of all prime contract awards per fiscal year are 23% to SB, 5% to SDB, 5% to WOSB, 5% to HBCU/MI, 2% to HUBZoneSB and 3% to VOSB & SDVOSB. Naval Facilities Engineering Command (NAVFAC) subcontracting goals are 65% to SB, 12% to SDB, 5% to WOSB, 3% to VOSB and 2% to HUBZoneSB. Small Disadvantaged Businesses must obtain formal certification from the Small Business Administration to receive contract evaluation benefits reserved for Small Disadvantaged Businesses. This includes receiving benefit as a prime contractor or subconsultant under a Subcontracting Plan for subcontracting to Small Disadvantaged Businesses. Small Disadvantaged Businesses: Contact your local Small Business Administration (SBA) representative for information on the certification program or visit the SBA agency's web site at http://www.sba.gov./sdb. Prime Contractors: To determine whether a prospective subcontractor is a certified small disadvantaged business, access SBA agency's database, PRO-Net website at http://www.pro-net.sba.gov. This solicitation requires all interested firms to have on-line access to email via the Internet. Notifications will be via email, therefore, email address must be shown in block 3 of the SF 255. Large Business firms who are short-listed will be required to submit a subcontracting plan before negotiation begin for contract award. A-E firms meeting the requirements described in this announcement are invited to submit complete, updated Standard Forms 254, Architect Engineer and Related Services Questionnaire, and 255, Architect-Engineer and Related Services Questionnaire for Specific Project. The submittal/delivery address is COMMANDER, Code ACQ 0242, (A-E Solicitation No. N62742-02-R-0002), Attn: Mailroom (CMP0161), PACNAVFACENGCOM, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134. This address is for all deliveries, including US Mail, courier service and/or personal delivery services; no other address is acceptable. The delivery address is inside a military installation, therefore, strict securities measures are in force; anticipate delays. Interested firms must allow sufficient time for receipt of submission. A-E firms utilized by the prime A-E must also submit completed Standard Forms 254 and 255. Only one copy of each form is required. Firms responding to this announcement by Monday, May 20, 2002 will be considered. Firms must submit forms by 2:00 p.m. HST. Firms having a current SF 254 on file with this office may also be considered. This is not a request for a proposal.
 
Place of Performance
Address: Pearl Harbor, Hawaii
Zip Code: 96860
Country: USA
 
Record
SN00061616-W 20020419/020417213440 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.